Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 26, 2015 FBO #5055
SOURCES SOUGHT

Y -- CST READY BUILDING, CAMP HARTELL, WINDSOR LOCKS, CT

Notice Date
9/24/2015
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
USPFO for Connecticut, 360 Broad Street, Hartford, CT 06105-3795
 
ZIP Code
06105-3795
 
Solicitation Number
W91ZRS-15-SS-G0009
 
Response Due
10/8/2015
 
Archive Date
11/23/2015
 
Point of Contact
Oliver B Gagne, 860-386-4042
 
E-Mail Address
USPFO for Connecticut
(oliver.b.gagne.mil@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
THIS SOURCES SOUGHT IS BEING ISSUED FOR PLANNING PURPOSES ONLY. THIS IS NOT A SOLICITATION. RESPONSES TO THIS NOTICE ARE NOT CONSIDERED OFFERS AND CANNOT BE ACCEPTED BY THE GOVERNMENT TO FORM A BINDING CONTRACT. THE CONNECTICUT NATIONAL GUARD WILL NOT BE RESPONSIBLE FOR ANY COSTS INCURRED BY INTERESTED PARTIES RESPONDING TO THIS NOTICE. THE INTENT OF THIS NOTICE IS TO IDENTIFY QUALIFIED SMALL BUSINESS (SB) CONCERNS, CERTIFIED 8(A), HUBZONE, AND SERVICE DISABLED VETERAN OWNED SMALL BUSINESSES (SDVOSB) CAPABLE OF PERFORMING THE REQUIREMENTS DESCRIBED BELOW. The North American Industry Classification System (NAICS) code for this effort is 236220 and the Small Business Administration (SBA) size standard is $33.5 million. The project will consist of designing and constructing (Design-Build) of a Civil Support Team (CST) Ready Building for the Connecticut Army National Guard at Camp Hartell, Windsor Locks, CT. The Contractor will provide all labor, materials, equipment, and supervision necessary to perform all work required in strict accordance with the contract documents. The following is a description of proposed design-construction: The scope of work includes, but is not limited to the design and construction of a new approximately 23,759 square foot (including support structures) Ready Building housing both an office area as well as vehicle bays. The facility will be used for housing of specialized wheeled vehicles and trailers. The office area will include administrative spaces, break areas, communications rooms, equipment and supply storage. The project also includes, site work, road way, parking, utility and other infrastructure improvements. The anticipated performance period for design and construction of this facility is 730 calendar days. A solicitation, with a magnitude of between $10 million and $25 million, when issued, will be posted on the Federal Business Opportunity web site http://www.fbo.gov. A firm-fixed price award/contract will be anticipated. This procurement will be solicited using the two phase design-build selection procedures in Federal Acquisition Regulation part 36.3. Once a solicitation is posted, it is incumbent upon the interested parties to visit these sites frequently for any updates/amendments to any and all documents. The anticipated date for the posting of the solicitation is currently December, 2015. All prospective contractors must be registered in the System for Award Management (SAM). Interested parties responding to this sources sought request shall, at a minimum, submit the information requested in the attached document titled quote mark Sources Sought Information Request Form. quote mark THIS SOURCES SOUGHT SYNOPSIS IS NOT A SOLICITATION. It is a market research tool being used to determine the availability and adequacy of potential small business sources prior to determining the method of acquisition and issuance of a solicitation. Interested small businesses should indicate interest to the Contracting Officer, in the attached document as early as possible, but no later than 1:00 PM Eastern Time on 8 October 2015. Electronic submissions are the only acceptable means, do not mail or fax your submission. Submit electronic copies to: oliver.b.gagne.mil@mail.mil. Submissions are restricted to eight (8) pages maximum. This market research is for informational and planning purposes only. The Government will not pay any costs for responses submitted. Upon review of industry response to this sources sought synopsis, the Government will determine whether set-aside acquisition in lieu of full and open competition is in the Government's best interest.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA06/W91ZRS-15-SS-G0009/listing.html)
 
Place of Performance
Address: USPFO for Connecticut 360 Broad Street, Hartford CT
Zip Code: 06105-3795
 
Record
SN03903264-W 20150926/150925000901-d6fa8e3759e643864b3db878e95118a7 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.